Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

Y -- DESIGN BUILD F-16 AGGRESSOR HANGAR/AIRCRAFT MAINTENANCE AND GREEN FLAG OPERATIONS FACILITY, NELLIS AFB, NV - Solicitation 1

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-R-0001
 
Response Due
7/28/2009 2:00:00 PM
 
Archive Date
9/26/2009
 
Point of Contact
Christina M Chavez, Phone: (213)452-3246
 
E-Mail Address
christina.chavez@usace.army.mil
(christina.chavez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Vol 1 - Specification & Drawings and Vol 2 - Attachments This is a design build project; the project consists of design and construction of a 38,513 square foot combined F-16 Aggressor Hangar and Aircraft Maintenance Unit and 20,000 square foot Green Flag Operations Facility and incidental related work. Construction shall be reinforced concrete foundation and floor slab, structural steel frame, metal exterior, standing seam metal roof, fire detection/protection, special security enhancements, utilities, airfield pavements, site improvements, landscaping, roads/parking, fire protection system, communications support, electrical infrastructure upgrade, back-up generator and switchgear and all other necessary support. This project will comply with DoD anti-terrorism/force protection requirements per United Facility Criteria. The project will be required to be LEEDS (Leadership, Energy and Environmental Design System) certification. THIS IS AN 100% UNRESTRICTED DESIGN BUILD REQUEST FOR PROPOSAL (RFP), BEST VALUE - LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) WITH HUBZONE PREFERENCE. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 0110, entitled, Submission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. THE GOVERNMENT WILL MAKE ONE (1) AWARD TO THE OFFEROR WITH THE LOWEST PRICED TECHNICALLY ACCEPTABLE PROPOSAL IN ACCORDANCE WITH FAR SECTION 15.101-2, ENTITLED, LOWEST PRICED TECHNICALLY ACCEPTABLE SOURCE SELECTION. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $31,000,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is Between $25,000,000 and $100,000,000. The solicitation will be made available on or about 25 June 2009. All Proposals will be due on/or about 28 July 2009, 2:00 P.M. If the awarded offeror is a large business, they will be required to submit a Sub-Contracting Plan. The Los Angeles District Sub-contracting goals are as follows: 70% with small business, 6.2% with small disadvantaged business, 7.0% with woman owned small business, 0.9% Service disabled veteran owned small business, 3.0 Veteran Owned Small Business, and 9.8% with Hub-Zone small business. This is to notify all potential offerors: Solicitation No. W912PL-09-R-0001 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND All AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD Roms, Floppy Disks, Faxes, or Paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents Viewing/downloading documents from FBO will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. To register, click on FBO (www.fbo.gov) hyperlink, then select the Register Now link. The following information will be required prior to registration: DUNS Number, Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); CAGE Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on FBO. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered with FBO and therefore must be CCR-registered, have e a MPIN, and either a DUNS number or CAGE code. The CCR can be accessed at http://www.ccr.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with CCR please call CCR Assistance Center at 1-888-227-2423. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY (www.fbo.gov) FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0001/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01856604-W 20090627/090625235708-607276d2985812a8a1ef794609893fc1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.